The RFP Database
New business relationships start here

SAAN - ESPADA ELECTRIC RACK AND PANELS


New Mexico, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information:
Document Type:                Combined Synopsis/Solicitation
Solicitation Number:            140P1319Q0012
Posted Date:                April 9, 2019
Response Date:                May 13, 2019
Set Aside:                Total Small Business
NAICS:                    NAICS: 238210 (Electrical Contractors and                     Other Wiring Installation Contractors)
Size Standard:                $15M

This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the ONLY SOLICITATION. Quotations are being requested and a written solicitation will not be issued. The Request for Quotation is RFQ 140P1319Q0012 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01D, January 22, 2019. It is the contractorB?s responsibility to be familiar with applicable clauses and provisions in accordance with FAR Part 12, Acquisition of Commercial items and FAR Part 13, Simplified Acquisition Procedures.

Project Overview:
This project replaces is for the replacement of the electric rack and panels at Mission Espada including some work to properly separate electric service within the NPS/Church building which has shared space.

Description of Work:
This project is the final step in separating the electrical service within a shared building space known as the B?Old Schoolhouse and Visitor Contact StationB? at Mission Espada. Both the National Park Service (NPS) and the Church use different rooms within the same building. Within that building there are two electric panels labeled A and B which reasonably divide the electrical usage within the building. Twin circuits that run from the electric rack are feeding these two panels. The problem is that both of these circuits are currently being fed by the NPS meter #4 out at the rack. In essence, the NPS is paying for all of the electrical use in the building. This project will correct this problem and bring the outdoor electric rack into code.

Verification of Existing Conditions:
Prior to preparing bid, contractor is responsible for verifying existing conditions, alert project manager of any conflicts with scope of work.

This Acquisition will result in a: Firm Fixed Price contract to a single vendor determined to be responsive and responsible. The Government may consider past performance in determining responsibility. We reserve the right to cancel this Request for Quote.

Place of Performance: The job address is 10040 Espada Road #4, San Antonio, Texas 78214

Site Visit:
A site visit is scheduled for April 17, 2019 at 10:00 am MDT at 10040 Espada Road #4, San Antonio, Texas 78214. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. If there any questions or concerns pertaining the Statement of Work, contact James Oliver at James_Oliver@nps.gov, or 210.534.8875 x247.

Questions must be submitted in writing to claire_roberson@nps.gov NO LATER THAN 10:00 am MDT on April 23, 2019. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection.

145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996)
(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:

$ 50,000.00 each person
$100,000.00 each occurrence
$100,000.00 property damage

(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.
Award shall be made to the quoter: whose quotation offers the best value to the government, considering technical capability, past performance, and price. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt and must be active in the System for Award Management or (SAM) located at www.sam.gov.

CLAUSES AND PROVISIONS Federal Acquisition Regulation (FAR) clauses that will be incorporated in any resulting purchase order. The Full text of each clause can be viewed electronically at WWW.acquistion.gov/far.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2018)
FAR 52.212-2, Evaluation, Commercial Items (Oct 2014)
FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (Oct 2018), Offerors must complete annual representations and certifications on-line at https://www.sam.gov/SAM/ in accordance with FAR 52.212-3, Offerors Representations and Certifications, Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions, Commercial Items (Oct 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019) and are incorporated by addendum.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the services provided and the completion date.

The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.
Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Local Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Make sure to include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote.

All quotations shall be submitted via email to claire_roberson@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time (by 3:00 pm MDT on May 13, 2019).

This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 3:00 pm MDT on May 13, 2019 via email to Claire_Roberson@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

QUESTIONS: Email any questions to the Contracting Officer at claire_roberson@nps.gov no later than 10 am MDT on April 23, 2019 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Roberson, Claire

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP